Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 19, 2003 FBO #0505
SOURCES SOUGHT

A -- Web-Enabled Timeline Analysis System (WebTAS)

Notice Date
4/17/2003
 
Notice Type
Sources Sought
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFRL - Rome Research Site, AFRL/Information Directorate 26 Electronic Parkway, Rome, NY, 13441-4514
 
ZIP Code
13441-4514
 
Solicitation Number
F30602-03-R-0098
 
Point of Contact
Teresa Czerniak, Contract Specialist, Phone 315/330-4472, Fax 315/330-8208,
 
E-Mail Address
Teresa.Czerniak@rl.af.mil
 
Description
Point of Contact: Janis Norelli, Small Business Specialist, Phone 315-330-3311, FAX 315-330-2784, E-mail Janis.Norelli@rl.af.mil. Capable sources are sought to perform software research and development for the IFE Division, Air Force Research Laboratory, Rome Research Site, Rome, NY (AFRL Rome). The objective of this effort is to conduct Web-enabled Timeline Analysis System (WebTAS) software development and system support for various military commands and Government agencies. This effort supports the Air Force in providing Department of Defense (DoD) commands, state, and federal agencies with a software toolkit that provides a general data visualization and analysis infrastructure for the analysis of temporal, spatial, entity, and association information. The flexible WebTAS architecture exploits multiple data sources and provides data mining tools that facilitate trend and pattern analysis to support activity prediction. This effort will perform engineering and technical tasks and operations and maintenance support for current and new users of the WebTAS software toolset. Technical enhancements are needed to correct any identified shortcomings in the toolset and to provide additional capabilities, features, processes, and documentation. The enhancements will extend WebTAS functions and provide more effective and efficient capabilities to meet the needs of the users. Installation support will be needed to install the WebTAS software and train users at multiple sites throughout the world. Operations and maintenance actions will be needed to provide continued system support to current customer sites, and to the new sites after system installation. In the course of performance, the support personnel will interface with various DoD and Government agencies through visits and electronic means, and technical visits that will take place at various sites, worldwide. The support personnel will also provide technical support to AFRL/IFE to assist in the analysis, design, development, integration, testing, and evaluation. Anticipated deliverables include software and technical documentation. An indefinite-delivery, indefinite-quantity cost-plus-fixed-fee (completion) type contract is contemplated with an ordering period of 60 months. The prime contractor and their subcontractors for this contract must have a minimum of two (2) Top Secret SCI security clearances. The WebTAS web site: www.webtas.com will serve as the technical read library relating to the subject area of this acquisition and is available for review by any potential offerors. Access to the users manual and an evaluation request requires approval by the Government WebTAS Program Manager. Prior to access being granted, respondents must submit a copy of an approved DD Form 2345, Contractor Access List (CCAL), along with a letter from the Data Custodian designated on that form, authorizing access by whomever will be reviewing the users manual and evaluation request, to the WebTAS Program Manager at the Air Force Research Laboratory/IFEA, 32 Brooks Road, Rome, New York 13441-4514, or faxed to his attention at 315-330-4380. For further information on CCAL, contact the Defense Logistics Information Service at 1-800-352-3572 or on the web at http://www.dlis.dla.mil/jcp/. Responses to this sources sought are requested from small businesses and will be used for market research purposes and possible set-aside. Should the determination be made to select this as a small business set-aside, another notice will be posted reflecting such. The North American Industry Classification System (NAICS) code for this acquisition is 541710 and the size standard for small business is 500 employees. Respondents to this announcement should indicate whether they are a small business, 8(a) concern, veteran-owned small business, service-disabled veteran-owned small business, HUBZone small business, small disadvantaged business, women-owned small business, or historically black college or university (HBCU) or minority institution (MI) (as defined by the clause at DFARS 252.226-7000). As discussed at FAR 19.502-2(b)(1) and (2), in making R&D small business set-asides, there must be a reasonable expectation that offers will be obtained from at least two responsible small business concerns and also a reasonable expectation of obtaining the best scientific and technological sources consistent with the demand of the proposed acquisition for the best mix of cost, performances, and schedule. The same considerations would apply to any HBCU/MI set-aside. Therefore, respondents should provide a statement of capabilities and information demonstrating management and technical experience on similar acquisitions and resources necessary to successfully compete for this award. This information will assist the Air Force in making a set-aside decision. If available, provide information on similar contracts performed over the last five (5) years. Include references, contract titles, dollar values, points of contact, and telephone numbers. The Government will evaluate relevant experience information based on (1) information provided by the Offeror, (2) information obtained from the references provided by the respondent, and/or (3) data independently obtained from other Government and commercial sources. Respondents must demonstrate knowledge/expertise in the following areas: web-based software technology, browser-based access, web publishing, data visualization, database mining, disparate data sources, multi-source data integration, ad-hoc querying, trend and pattern detection, distributed networking, near real-time situation alerting and prediction of upcoming events, and the Department of Defense Intelligence Information System (DoDIIS) certification and life cycle management process for software development and fielding. In addition to the statement of capabilities, please provide answers to the following questions: (1) Does your company intend to submit a proposal in response to the upcoming solicitation as a prime contractor? (2) How many people does your company employ? (3) State how many SCI cleared personnel are currently available. (4) Will you need to hire additional personnel to perform this effort? (5) Is your company's cost accounting system approved by DCAA or DCMC? If not, how would your company financially administer a cost-reimbursement type contract? (6) Are there any other factors concerning your company's ability to perform the upcoming effort that the Air Force should consider? Respondents are requested to indicate their status as a foreign-owned/foreign-controlled firm and any contemplated use of foreign national employees on this effort. Foreign participation is excluded at the prime contractor level. Large businesses are also encouraged to submit e-mails of intent should this effort not be selected as a small business set-aside. All qualification packages must be sent to the attention of Janis Norelli, Small Business Specialist, AFRL/IFB at the address referenced at the beginning of this notice and received by 4:00 P.M. (EST) 09 May 2003. Responses must reference the solicitation number, and contain the respondent's Commercial and Government Entity (CAGE) code, e-mail address, mailing address, and FAX number. While Ms. Norelli, is the focal point for receipt of the statement of capabilities, technical questions should be directed to the Laboratory Program Manager, Willis J. Horth at 315-330-3430, e-mail Willis.Horth@rl.af.mil, or the WebTAS Program Manager, H. John Mucks at 315-330-7950, e-mail Herbert.Mucks@rl.af.mil. Contractual questions should be directed to the Teresa M. Czerniak, Contract Specialist at 315-330-4472, e-mail Teresa.Czerniak@rl.af.mil.
 
Record
SN00306072-W 20030419/030417213501 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.